Inactive
Notice ID:RFQ-NIAID-2133763
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Fe...
Acquisition Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, August 10, 2022. The North American Industry Classification System (NAICS) code for this procurement is 325413 – In-Vitro Diagnostic Substance Manufacturing, with a small business size standard of 1250 employees. The combined synopsis/solicitation number is RFQ-NIAID-2133763 and this is issued as a Request for Quotes (RFQ), under a Brand Name restriction (considered limited source restriction). This requirement it NOT a set aside for small business. The vendors who submit a response to this RFQ must be an authorized seller/reseller of these products. BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name owner/manufacturer, along with specific services and/or warranties that typically comes with these items when purchased directly from the owner/manufacturer. Project Description: National Institute of Allergy & Infectious Diseases (NIAID)’s Vaccine Research Center (VRC) (collectively “Program”) is an intramural research center within NIAID dedicated to discovery and translational science for infectious disease indications. Program’s Vaccine Production Program Laboratory has process, formulation, and analytical development groups and oversees cGMP manufacturing at Program’s pilot plant. In order to accomplish this, Program uses certain validated and tested reagents and kits for their instruments. Since the VRC/Vaccine Production Program (VPP) group is responsible for developing a “scalable” GMP process, the items requested need to be standardized with what will be utilized in the VRC’s pilot plant and applicable to a GMP process and analytical standards. This will be used to characterize and release therapeutic and vaccine candidates to treat diseases including Covid-19 (SARS2-CoV), HIV, Influenza, Malaria, and Ebola. Understanding these attributes are required for moving forward with a candidate to GMP manufacturing and clinical trials. Thus, Program specifically requires these Analytical Development consumable supplies manufactured by PerkinElmer Health Sciences Inc. (“PerkinElmer”) in support of the VPP’s therapeutic and vaccine candidates using the VPP’s GXII instrument. Program requests receiving these supplies spaced out among 4 shipments, with each shipment spaced out by 3 months.. Requirements: Brand Name Restriction items: #76049; HT PICO PROTEIN REAGENT KIT: x 12 QTY #CLS960008; Protein Express Reagent Kit: x 24 QTY #760528; Protein Express LabChip Economy 4 Pack: x 24 QTY Prices must include shipping & handling and any other applicable fees. Place of Performance or Delivery: NIAID-VRC 9 West Watkins Rd Room 200/250 Attn: Anne-Leigh Stephens Gaithersburg, MD 20878 FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award. The award will be based on the following: the capability to meet the brand name requirement and price. Submission shall be received not later than September 02, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at , Offers shall include RFQ number in the subject line (RFQ-NIAID-2133763). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Lu Chang at . ________________________________________________________________________________________________________ By submitting a response to this posting, your facility is accepting that the following Government Terms and Conditions shall prevail over the purchase order award: The following FAR provisions apply to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.229-11 Tax on Certain Foreign Procurements—Notice and Representation (Jun 2020) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204–26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) The following FAR contract clauses apply to this acquisition: 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) Health and Human Services Acquisition Regulations (HHSAR) The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/: Provisions 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.208-70 Printing and Duplication (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2021) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.